Post on 11-Mar-2020
transcript
OIL INDIA LIMITED
(A Government of India Enterprise) P.O. Duliajan, Pin – 786602
Dist-Dibrugarh, Assam
CORRIGENDUM NO. 5 DATED 01.04.2019 TO E-TENDER NO. CDG0377P19 for
‘Hiring the services of 05 nos. of Slickline Service Package for operations in
OIL’s operational area in Assam & Arunachal Pradesh for a period of 04 (Four)
years with a provision for Framework Contract to cover the near future
requirement’.
This Corrigendum is issued to notify the following changes:
1. Extension of dates:
Last Date of Bid Submission extended up to 10.04.2019 (11:00 Hrs
IST)
Last Date of Bid Opening extended up to 10.04.2019 (14:00 Hrs IST)
2. The following document has been uploaded in the “Amendments” folder in E-
portal as replacement of the existing:
i. BEC/BRC (Revised)
ii. Section-II (Revised) ‘Terms of Reference and Technical
Specifications of Equipment’
iii. Proforma-B (Revised)
iv. Attachment-A (Revised)
v. Attachment-B (Revised)
vi. Attachment-C (Revised)
All other terms and conditions of the Bid Document remain unchanged. Details
can be viewed at www.oil-india.com.
REVISED ANNEXURE-I BEC/BRC
Page 1 of 12
PART – 2
BID EVALUATION CRITERIA (BEC)
This tender is being floated on the concept of Framework Agreement to finalize
the technically qualified bidders for the whole scope of work. However, for the
immediate requirement of 05 (Five) sets of slickline units in the first phase, the
contract will be awarded to the lowest techno-commercially acceptable bidder(s)
against this tender. This framework agreement will be for a duration of 04 (Four)
years from the commencement of operation of the first contract awarded against
this tender.
Based on the requirement of OIL, within the same terms and conditions and
scope of work as per this tender, Price Bid for the specific service shall be sought
from all the techno-commercially qualified bidder(s) for the forthcoming
requirements. Bidders will be techno commercially evaluated based on these BEC
criteria as mentioned below:
I. BID EVALUATION CRITERIA (BEC): The bid shall conform generally to the
specifications and terms and conditions given in this bid document. Bids shall be
rejected in case the services offered do not conform to required parameters
stipulated in the technical specifications. Notwithstanding the general conformity
of the bids to the stipulated specifications, the following requirements will have
to be particularly met by the Bidders without which the same will be considered
as non-responsive and rejected. All the documents related to BRC must be
submitted along with the Techno-commercial Bid.
1.0 A. TECHNICAL EVALUATION CRITERIA: The bidder must meet the
following criteria failing which offer shall be rejected.
1.1 EXPERIENCE:
i) The bidder shall have experience of successfully executing at least One Slick line
service contract utilizing Slickline Winches including Manpower and successfully
executing at least 100 nos. of Slickline jobs to any Oil company during the last
07 (Seven) years reckoned from the original bid closing date.
ii) In support of the experience criteria of A. 1.1 i) above, the bidder must furnish
the following documentary evidences self-certified, in the form of:
a. Copies of Relevant pages of the contract document showing Contract
Number, Period of contract and Scope of work etc.
b. Copies of completion Certificate(s) or payment certificate(s) or any other
documents which substantiate completion of the jobs, issued by the
client(s) with contact details of the issuing person/organization (e-mail
address, Phone Number, Fax number etc.).
Page 2 of 12
iii) All the offered equipment (i.e. Truck Mounted Slick Line Unit, Truck & Crane)
shall not be manufactured before 01.01.2014. In support of vintage of offered
equipment, the bidder shall submit an undertaking confirming that the offered
equipment (i.e. Truck Mounted Slick Line Unit, Truck & Crane) are not
manufactured before 01.01.2014 and that ownership of the equipment is in the
name of the bidder or it can be leased.
In case of brand new equipment, the bidder shall submit a certificate in original
from the manufacturer along with the un-priced Technical Bid. The certificate
from manufacturer shall also clearly indicate the committed date of readiness of
the equipment for shipment after due inspection.
In case of leased units or proposed purchase of the Units (other than brand new),
bidders shall submit the original Memorandum of Understanding/Agreement of
lease/purchase of unit, concluded with the owner of the units, especially for this
tender clearly stating that all the offered equipment (i.e. Truck Mounted Slick
Line Unit, Truck & Crane) shall not be manufactured before 01.01.2014, with
documentary proof of ownership of the units. The above MOU/Agreement must
be valid for the period of contract and any extension thereof.
iv) Bidders shall bid only as per any one of the undernoted conditions:
a. 03 (Three) nos. of Slickline Service packages.
or
b. 05 (Five) nos. of Slickline Service packages.
Note: Bidders offering 01 (One), 02 (Two) nos. of Slickline Service packages in
their offer will be straightway rejected. Bidders offering 04 (Four) nos. of Slickline
Service packages will be considered under 03 (Three) nos. packages.
v) The number of Slickline Service packages offered by the bidder i.e. 03 (Three) or
05 (Five) nos. well servicing packages must be clearly mentioned in their offer.
Based on the number of Slickline Service packages offered, the bidder shall
submit the bid security amount accordingly. Bidders offering 03 (Three)
nos. Slickline Service packages shall submit bid security for an amount of
Rs. 40,05,000 or USD 58,000. Bidders offering 05 (Five) nos. Slickline
Service packages shall submit bid security of an amount of Rs. 51,75,000 or
USD 74,800.
vi) Bidders to categorically note & confirm that they shall not be allowed to change
the number of Slickline Service packages offered by them after the technical bid
opening date, under any circumstances.
1.2 BID FROM INDIAN COMPANY/INDIAN JOINT VENTURE COMPANY WITH
TECHNICAL COLLABORATION/JOINT VENTURE PARTNER:
In case, the bidder is an Indian Company/Indian Joint Venture Company who
does not meet the experience criteria as per clause No. A. 1.1 i) above, may also
Page 3 of 12
bid on the strength of Technical Collaborator/Joint Venture Partner provided all
the following criteria are complied:
a. The primary bidder shall have the experience of successfully completing at least
01 (One) No of contract for providing oilfield services relating to oil and gas well
operations like Drilling/Workover/Production Testing/Wellhead Flow Assurance
/ESP operations/Wellhead Production Facility/Matrix Acidization/Well
Stimulation/Sand Control, during the last 07 (Seven) years prior to the original
bid closing date. In support of the experience, the bidder shall submit
documentary evidences as per clause A. 1.1 ii) above.
b. The primary bidder shall meet the financial criteria Clause B, sub-clauses 1.0,
2.0, 3.0, 4.0 and 5.0 below.
c. The Technical Collaborator/Joint Venture Partner at its own shall meet the
experience criteria A. 1.1 i) above. The experience of the Technical Collaborator
/Joint Venture with partnering with other firms will not be qualified. In this
regard, the documents establishing experience of the Technical Collaborator
/Joint Venture Partner shall be submitted as per clause A. 1.1 ii) above.
1.3 Indian bidders quoting based on technical collaboration/joint venture, shall
submit a Memorandum of Understanding (MOU)/Agreement with their technical
collaborator/joint venture partner clearly indicating their roles and
responsibilities under the scope of work which shall be addressed to OIL and
shall remain valid and binding for the contract period under this tender.
1.4 BID FROM CONSORTIUM OF COMPANIES:
In case, the bidder is a consortium of companies, the following requirement
should be satisfied by the bidder:
a) The Leader of the consortium shall satisfy the minimum experience
requirement as per clause No. A. 1.1 i) or the clause A. 1.2 a. above.
b) If the Leader of the consortium meets the clause A. 1.2 a. but does not meet
the requirement as per clause No. A. 1.1 i), then any of the consortium
members shall individually meet clause A. 1.1 i).
c) The consortium members shall have to meet the financial criterion
mentioned in Clause No. B 2.0 below.
a) Consortium bids shall be submitted with a Memorandum of
Understanding between the consortium members duly executed by the
authorized Executives of the consortium members and Notarized must
accompany the bid which should clearly defining the role/scope of work
of each partner/member and should clearly define the leader of
consortium. Memorandum of Understanding (MOU) must also state that
all the members of consortium shall be jointly and severally responsible
Page 4 of 12
for discharging all obligations under the Contract. However, the Leader
of the Consortium must submit an undertaking along with the technical
bid towards unconditional acceptance of full responsibility for executing
the 'Scope of Work' of this bid document. In case of award, such MOU
shall be kept valid through the entire contract period, including
extensions, if any. The following provisions should also be incorporated
in the MOU executed by the members of the Consortium:
b) Only the Leader of the consortium shall buy the bid document and
submit bid on behalf of the consortium. The other members of the
Consortium shall ratify all the acts and decisions of the Leader of
Consortium, which are taken in connection with and/or during the
evaluation of the tender and execution of the contract.
i) The Bid Security shall be in the name of the Leader of the
consortium on behalf of consortium with specific reference to
consortium bid and name & address of consortium members.
Similarly, the Performance Security shall be in the name of the
Leader on behalf of the consortium.
ii) The leader of the consortium on behalf of the consortium shall
coordinate with OIL during the period the bid is under
evaluation as well as during the execution of works in the event
contract is awarded and he shall also be responsible for
resolving dispute/misunderstanding/undefined activities, if
any, amongst all the consortium members.
iii) Any correspondence exchanged with the leader of consortium
shall be binding on all the consortium/joint venture members.
iv) Payment shall be made by OIL only to the leader of the
consortium towards fulfilment of contract obligations.
v) In case of Consortium bids, the bid shall be digitally signed by
the leader of Consortium. The Power of Attorney from each
member authorizing the leader for signing and submission of
Bid on behalf of individual member must accompany the Bid
offer.
vi) Documents/details submitted with the bidding document
pertaining to qualification must be furnished by each partner
/member of consortium and should be complete in all respects
clearly bringing up their experience especially in the form of
work in their scope.
vii) Signing of Contract: In the event of award of contract to the
consortium, the contract to be signed by the members of the
Page 5 of 12
consortium and the liability of each one of them shall be jointly
and severely.
viii) Members of the consortium are not allowed to quote
separately/independently against this tender. All the bids
received in such case will be summarily rejected. Further, all
bids from parties with technical support from the same
Principal will be rejected.
1.5 Bidder(s) quoting in Collaboration/joint venture Partnership/Consortium with
any firm are not allowed to quote separately/independently against this tender.
The collaborator is also not allowed to quote separately/independently against
this tender. All the bids received in such case will be summarily rejected.
1.6 ELIGIBILITY CRITERIA IN CASE BIDS ARE SUBMITTED ON THE BASIS OF
EXPERIENCE OF THE PARENT/SUBSIDIARY COMPANY:
Offers of those bidders who themselves do not meet the experience criteria as
stipulated in Clause Nos. A. 1.1 (i) and B. 1.0 & 2.0 can also be considered
provided the Bidder is a subsidiary company of the parent company [supporting
company] in which the parent company has 100% stake or parent company can
also be considered on the strength of its 100% subsidiary [supporting
company]. However, the parent/subsidiary company of the Bidder should on its
own meet the experience as stipulated in the BEC and should not rely for
meeting the experience criteria on its sister subsidiary/co-subsidiary company or
through any other arrangement like Technical Collaboration agreement. In that
case as the subsidiary company is dependent upon the experience of the parent
company or vice-versa with a view to ensure commitment and involvement of the
parent/subsidiary company for successful execution of the contract, the
participating bidder should enclose an Agreement (as per format enclosed as
Annexure-VI (a)) between the parent and the subsidiary company or vice-versa
and Parent/Subsidiary Guarantee (as per format enclosed as Annexure-VI (b))
from the parent/subsidiary company to OIL for fulfilling the obligation under the
Agreement, along with the Technical bid.
In both the situations mentioned above, following conditions are required to be
fulfilled/documents to be submitted:
(i) Undertaking by the supporting company to provide a Performance
Security (as per format and instructions enclosed as Annexure-VI(d)),
equivalent to 50% of the value of the Performance Security which is to be
submitted by the bidding company, in case the supported bidding
company is the successful bidder. In cases where foreign based
supporting company does not have Permanent Establishment in India, the
bidding company can furnish Performance Security for an amount which
is sum of Performance Security amount to be submitted by the bidder and
Performance Security amount required to be submitted by the supporting
company. In such case bidding company shall furnish an undertaking
Page 6 of 12
that their foreign based supporting company is not having any Permanent
Establishment in India in terms of Income Tax Act of India.
(ii) Undertaking from the supporting company to the effect that in addition to
invoking the Performance Security submitted by the contractor, the
Performance Security provided by supporting company shall be invoked
by OIL due to non-performance of the contractor.
Note: In case Supporting company fails to submit Performance Bank Guarantee
as per (i) above, Bid Security submitted by the bidder shall be forfeited.
1.7 Bidders quoting on the technical strength of Technical collaborator
/Subsidiary/Parent company experience/Joint Venture Partner experience (who
qualifies the Technical requirement as per the tender qualifying criteria) should
provide the respective services including key personnel for a minimum duration
of 50% of the Contract period during execution of the contract. A declaration as
per Annexure-VII in this respect to be submitted as part of technical bid.
1.8 MOBILISATION TIME:
The bidders must confirm their compliance in their “Technical” bid to complete
the mobilization within 90 days from the date of issue of Letter of award (LOA).
Offers without confirmation of stipulated mobilization time or with mobilization
time more than 90 days will be summarily rejected. The bidder shall confirm
compliance of this in their technical bid.
B. FINANCIAL EVALUATION CRITERIA:
1.0 If the bidder offers for 03 (Three) nos. of Slickline Service package, then the
bidder shall have an annual financial turnover of minimum Rs. 4.40 Crore (or
equivalent 0.64 million USD) during any of the preceding 03 (Three)
financial/accounting years reckoned from the original bid closing date. For the
bidders offering 05 (Five) nos. of Slickline Service package shall have an annual
financial turnover of minimum Rs. 7.32 Crore (or equivalent 1.06 million USD)
during any of the preceding 03 (Three) financial/accounting years reckoned from
the original bid closing date.
2.0 In case of Consortium of companies:
a. For those bidders offering 03 (Three) nos. of Slickline Service package, any
member of the Consortium shall have an annual financial turnover of
minimum Rs. 4.40 Crore (or equivalent 0.64 million USD) during any of
the preceding 03 (Three) financial/accounting years reckoned from the
original bid closing date and other member(s) of the consortium shall have
an annual financial turnover of minimum Rs. 2.20 Crore (or equivalent
0.32 million USD) during any of the preceding 03 (Three) financial
/accounting years reckoned from the original bid closing date.
Page 7 of 12
b. For those bidders offering 05 (Five) nos. of Slickline Service package the
any member of the Consortium shall have an annual financial turnover of
minimum Rs. 7.32 Crore (or equivalent 1.06 million USD) during any of
the preceding 03 (Three) financial/accounting years reckoned from the
original bid closing date and other member(s) of the consortium shall have
an annual financial turnover of minimum Rs. 3.66 Crore (or equivalent
0.53 million USD) during any of the preceding 03 (Three)
financial/accounting years reckoned from the original bid closing date.
Note: Support from parent/supporting company is not allowed to meet the
financial criteria.
3.0 "Net worth of bidder must be positive for preceding financial/accounting year. In
case of consortium bidding net worth should be positive for all the consortium
member.
4.0 Considering the time required for preparation of Financial Statements, if the last
date of preceding financial/accounting year falls within the preceding six months
reckoned from the original bid closing date and the Financial Statements of the
preceding financial/accounting year are not available with the bidder, then the
financial turnover of the previous three financial/accounting years excluding the
preceding financial/accounting year will be considered. In such cases, the Net
worth of the previous financial/accounting year excluding the preceding
financial/accounting year will be considered. However, the bidder has to submit
an affidavit/undertaking certifying that ‘the balance sheet/Financial Statements
for the financial year ................ has not been audited as on original bid closing
date.
NOTE:
(a) For proof of Annual Turnover & Net worth any one of the following
documents must be submitted along with the bid:
i) A certificate issued by a practicing Chartered/Cost Accountant (with
Membership Number and Firm Registration Number), certifying the
Annual turnover & Net worth as per format prescribed in ANNEXURE-B to
BEC
OR
ii) Audited Balance Sheet along with Profit & Loss account. In case of foreign
bidders, self-attested/digitally signed printed published accounts are also
acceptable.
(b) In case the bidder is a Central Govt. Organization/PSU/State Govt.
Organization/Semi-State Govt. Organization or any other Central/State
Govt. Undertaking, where the auditor is appointed only after the approval
of Comptroller and Auditor General of India and the Central Government,
their certificates may be accepted even though FRN is not available.
However, bidder to provide documentary evidence for the same.
Page 8 of 12
5.0 In case the bidder is a subsidiary company (should be a 100% subsidiary of the
parent/ultimate parent/holding company) who does not meet financial criteria
by itself and submits bid based on the financial strength of its parent/ultimate
parent/holding company, then following documents need to be submitted along
with the technical bid:
(i) Audited Balance Sheet and Profit Loss Account of the parent/ultimate
parent/holding company.
(ii) Corporate Guarantee of parent/ultimate parent/Holding company (as per
format enclosed as Annexure-VI(c)) by the authorized officials.
(iii) Documents to substantiate that the bidder is a 100% subsidiary company
of the parent/ultimate/holding parent company.
(iv) Documents proving that Net worth of the parent/ultimate parent company
is positive for the accounting year preceding the bid closing date”.
6.0 In case the Audited Balance sheet and Profit Loss Account submitted along with
the bid are in currencies other than INR or USD, the bidder shall have to convert
the figures in equivalent INR or USD considering the prevailing conversion rate
on the date on which the Audited Balance Sheet and Profit & Loss Account is
signed. A CA Certificate is to be submitted by the bidder regarding converted
figures in equivalent INR or USD.
NOTES: OIL reserves the right to ask for any Original or other relevant document
to verify the certification.
C. COMMERCIAL EVALUATION CRITERIA:
1.0 Bids shall be submitted under single stage two Bid system i.e. Technical Bid and
Priced Bid separately in the OIL’s e-Tender portal. The Technical Bid is to be
uploaded as per Scope of Work & Technical Specification of the tender in
“Technical Attachments” Tab and Priced Bid as per Proforma-B uploaded in
the “Notes & Attachments” Tab. Bids shall be rejected outright if the prices are
indicated in the technical bids. Bids not conforming to this two bid system shall
be rejected outright.
2.0 Bidder shall offer firm prices. Price quoted by the successful bidder must remain
firm during the execution of the contract and not subject to variation on any
account.
3.0 Bids should be valid for 120 days from the date of technical bid opening. Bids
with shorter validity will be rejected as being non-responsive.
4.0 Bid Security in Original shall be furnished as a part of the Technical Bid and
shall reach OIL’s Head-Contract’s office at Duliajan on or before 12.45 Hrs (IST)
on the bid closing date. A scanned copy of the bid security shall however be
uploaded in OIL’s E-Procurement portal along with the Technical Bid. The
amount of Bid Security shall be as specified in the Forwarding Letter of the Bid
Document. Bid without proper & valid Bid Security will be rejected.
Page 9 of 12
5.0 The Integrity Pact must be uploaded in OIL’s E-Procurement portal along with
the Technical Bid digitally signed by the same signatory who digitally signed the
Bid i.e. who is duly authorized to sign the Bid. If any bidder refuses to sign
Integrity Pact or declines to submit the Integrity Pact, their bid will be rejected.
6.0 Bids received through the e-procurement portal shall only be accepted. Bids
received in any other form shall not be accepted.
7.0 Bid can only be submitted in the name of the bidder in whose name the User ID
and Password have been issued. Unsolicited bids will not be considered and will
be straightway rejected.
8.0 Any physical documents wherever called for, submitted by bidders shall contain
no interlineations, white fluid erasures or overwriting except as necessary to
correct errors made by the Bidder, in which case such correction shall be
initialed by the person or persons who has/have digitally signed the Bid.
9.0 Any Bid containing false statement will be rejected.
10.0 Bidders must quote clearly and strictly in accordance with the price schedule
outlined in “Price Bid Format” of Bid Document, otherwise the Bid will be
summarily rejected.
11.0 Bidders shall quote directly and not through their Agent/Representative
/Retainer/Associate in India. Bids submitted by Indian Agent/Representative
/Retainer/Associate on behalf of their foreign principals will not be considered
and will be rejected straightway. One Indian Agent/Representative/Retainer/
Associate cannot represent more than one foreign principal.
12.0 Bidder must accept and comply with the following clauses as given in the Bid
Document in toto failing which bid will be rejected:
i) Performance Security Clause
ii) Taxes Clause
iii) Insurance Clause
iv) Force Majeure Clause
v) Termination Clause
vi) Arbitration Clause
vii) Liability Clause
viii) Withholding Clause
ix) Liquidated damages Clause
x) Firm price
xi) EMD/Bid bond
xii) Integrity Pact
Page 10 of 12
D. PRICE EVALUATION CRITERIA:
The bids conforming to the technical specifications, terms and conditions
stipulated in the bidding document and considered to be responsive after
subjected to Bid Evaluation Criteria will be considered for further evaluation as
per the Price Evaluation Criteria given below:
1.0 If there is any discrepancy between the unit price and the total price, the unit
price will prevail and the total price shall be corrected. Similarly, if there is any
discrepancy between words and figure, the amounts in words shall prevail and
will be adopted for evaluation.
2.0 Bid shall be evaluated on the total cost quoted for a period of 04 (Four) years of
operation as per Proforma-B for 01 (One) unit of Slickline Service package.
3.0 Award of contract for providing services for the total requirement of 05 (Five) Nos.
of Slickline Service packages would be split if techno-commercially qualified L-1
bidder [subjected to purchase preference Clause No. 5 on MSME or PPLC] quotes
for only 03 (Three) nos. of Slickline Service packages.
3.1 In case L1 bidder [subjected to purchase preference Clause No. 5 on MSME or
PPLC] quotes for 03 (Three) no of Slickline Service packages then L2 bidder
[subjected to purchase preference Clause No. 5 on MSME or PPLC] would be
awarded for the balance 02 (Two) nos. of Slickline Service packages subjected to
matching of L-1 rate. In case L-2 bidder does not accept the same offer would be
made to L3, L4 bidders etc. and so on.
4.0 For conversion of foreign currency into Indian currency for evaluation of Bids,
B.C. selling (Market) rate declared by State Bank of India, one day prior to the
date of priced bid opening shall be considered. However, if the time lag between
the opening of the bids and final decision exceeds 03 (Three) months, then B.C.
Selling(Market) rate of exchange declared by SBI on the date prior to the date of
final decision shall be adopted for conversion and evaluation.
5.0 The contract will be signed with successful bidder for the required services
as per ‘Scope of Work’ of the IFB.
6.0 The bidders must quote their charges/rates in the manner as called for vide
“Schedule of Rates” under Section - IV and the summarized price schedule
format vide enclosed Proforma - B.
7.0 The quantities shown against each item in the “Price Bid Format (i.e. in
Proforma-B)” shall be considered for the purpose of Bid Evaluation. It is,
however, to be clearly understood that the assumptions made in respect of the
number of days/parameters for various operations are only for the purpose of
evaluation of the bid and the Contractor will be paid on the basis of the actual
number of days/parameter, as the case may be.
Page 11 of 12
7.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will be
made subject to loading for any deviation. Commercial Bids shall be evaluated
taking into account the rates quoted in the Price Bid Format as per 'Proforma-
B'.
E. GENERAL:
1.0 In case bidder takes exception to any clause of bid document not covered
under BEC, then the Company has the discretion to load or reject the offer
on account of such exception if the bidder does not withdraw/modify the
deviation when/as advised by company. The loading so done by the
Company will be final and binding on the bidders.
2.0 To ascertain the substantial responsiveness of the Bid the Company
reserves the right to ask the bidder for clarification in respect of clauses covered
under BEC also and such clarifications fulfilling the BEC clauses in toto must
be received on or before the deadline given by the Company, failing which the
offer will be summarily rejected.
3.0 If any of the clauses in the BEC contradict with other clauses of the Bid
Document elsewhere, then the clauses in the BEC shall prevail.
4.0 CUSTOMS DUTY: The Tools and the Services under this Contract shall be
carried out for petroleum operation under nominated blocks or NELP/other
eligible blocks and therefore, Customs Duty is not payable as per the policy of
the Govt. of India. Bidders should take note of the same while quoting. No
customs duty is therefore considered for evaluation.
4.1 In terms of Sl. No. 404 of the Customs Notification No.50/2017-Cus dated
30.06.2017, imports of the items specified in List 33 of the Notification are
subject to levy of concessional rate of customs duty @5% (BCD Nil & IGST @5%)
subject to conditions specified therein (Condition No. 48). However, this is
subject to change as per Government guidelines and the provisions ruling at the
time of tender closing will be applicable.
4.2 Similarly, the domestic supply of such goods would attract 5% GST (i.e. IGST or
CGST & SGST/UTSGT) on submission of EC in terms of GST Notification No.
03/2017.
5.0 PURCHASE PREFERENCE CLAUSE:
Purchase Preference to Micro and Small Enterprises registered with District
Industry Centres or Khadi and Village Industries Commission or Khadi and
Village Industries Board or Coir Board or National Small Industries Corporation
or Directorate of Handicrafts and Handloom or any other body specified by
Ministry of MSME.
Page 12 of 12
5.1 In case participating MSEs quote price within price band of L1+15%, such
MSE shall be considered for award of contract by bringing down their price
to L1 price in a situation where L1 price is from someone other than a MSE.
5.2 In case of more than one such MSE qualifying for 15% purchase preference,
the contract shall be awarded to lowest eligible MSE amongst the MSEs
qualifying for 15% purchase preference.
5.3 In case any part of the work is sub-contracted to a Micro or Small Enterprise as
per contract conditions then the contractor shall provide complete details (i.e.
name of the subcontractor, value of sub-contacted work, copy of valid
registration certificate etc.) of the sub-contractor to OIL.
5.4 DOCUMENTATION REQUIRED TO BE SUBMITTED BY MSEs:
Copy of valid Registration Certificate, if bidder is a Micro or Small Enterprises
(MSE) registered with District Industry Centres or Khadi and Village Industries
Commission or Khadi and Village Industries Board or Coir Board or National
Small Industries Corporation or Directorate of Handicrafts and Handloom or any
other body specified by Ministry of MSME. The Registration Certificate should
clearly indicate the monetary limit, if any and the items for which bidder are
registered with any of the aforesaid agencies. In case bidding MSE is owned by
Schedule Caste or Schedule Tribe entrepreneur, valid documentary evidence
issued by the agency who has registered the bidder as MSE owned by SC/ST
entrepreneur should also be enclosed.
5.5 Purchase preference Policy (linked with Local Content) (PP-LC)
5.5.1 Purchase preference policy-linked with Local Content (PP - LC) notified vide
letter no. O-27011/44/2015-ONG-II/FP dated 25.04.2017 of MoP&NG shall
be applicable in this tender (Annexure- XII enclosed).
5.5.2 Bidders seeking benefits, under Purchase Preference Policy (linked with Local
Content) (PP-LC) shall have to comply with all the provisions specified at clause
No. 37.0 of ITB and shall have to submit all undertakings/documents applicable
for this policy.
6.0 COMPLIANCE OF THE COMPETITION ACT, 2002: The bidder shall strictly
comply with the provisions of the Competition Act, 2002, more particularly,
Section-3 of the Act. Any violation the provisions of the Act shall attract penal
action under the Act.
F. CHECKLIST FOR BEC: This is enclosed as Annexure- A to BEC.
END OF BEC
Page 1 of 13
PART-3
SECTION – II
(REVISED)
TERMS OF REFERENCE AND TECHNICAL SPECIFICATIONS OF EQUIPMENT
1.0 INTRODUCTION: This section establishes the scope and describes the
specifications, instructions, standards and other documents including the
specifications for any tools or equipment, which the Contractor shall satisfy or
adhere to in the performance of the work.
2.0 DEFINITION OF WORK: The Contractor shall provide the equipment as per
the list given below with associated equipment/tools & to render slick-line
services on hiring basis for a period of 04 (Four) years. The equipment &
services provided by the Contractor will be utilized for carrying out necessary
Slick line well servicing operations in vertical wells and deviated wells (S-bend,
J-bend extended reach and horizontal (Hole probe and scrapping upto tubing
shoe). Depth of the wells where necessary operations need to be carried out is
in the range of 0 – 6000.00 meters. Maximum working pressure will be of
10,000 psi.
Sl No. Description No. of
Unit
1. Truck mounted double drum slick line unit with an
inbuilt (or separate) crane including all the necessary
fittings like Lubricator assembly, BOP etc. complete for
carrying out Slickline operations.
05 (Five)
Sets
2.1 SLICK LINE JOBS FOR WELL INCLUDING BUT NOT LIMITED TO THE
FOLLOWING JOBS:
a) Well Bottom Tagging
The job will involve tagging of well bottom by slick line induced tool in live or
shut in wells using slick line unit. It involves lowering of Slick line along with
different size tools to the bottom of the well or to the final depth as decided
by the Company. For different jobs, different tools need to be run in like
Tubing gauge, Tubing swage, Sand bailer, Tubing broach, Impression block,
Blind box, Star bit, Locator tool, Hydrates breaking tools etc.
b) Fish Recovery with Slick line unit
Fishing operation involves recovery of downhole fish lying inside the well bore
using slick line conveyed fish recovery tools. The fishes are of different types
and shapes. Experienced hands and necessary fish recovery tools are
required for the job. The depth for fish recovery job may vary from 0 – 6000
m.
Page 2 of 13
c) Paraffin cutting (mechanical scraping) using Slick line unit
The job involves cutting and removal of paraffin deposited on the inner wall
of production string. In this operation, the paraffin scrapper/cutter of
different sizes is lowered with the help of slick line. The operation is carried
out both in straight and deviated wells including horizontal wells (up to
tubing shoe, in case of Horizontal Wells). Utmost care to be taken during the
job so that no fish occurs at any stage of operation.
d) Placement and retrieval of Down-hole tools
The job involves placement or removal of different down hole tools using slick
line unit. The depth for this job ranges from 0 – 6000 m. The down hole tools
includes – Landing nipples, Standing valves, SSD, Subsurface safety valves,
tubing pack-off tools, Gas lift valve side pocket mandrels, Jet carrier for Jet
pumps installation etc.
e) Bottom Hole Data Acquisition and Interpretation
The job involves recording mainly Bottom Hole Pressure (BHP) and/or
Temperature (BHT) at different predetermined depths and interpretation of
the same. The Contractor shall provide necessary tools/instrument for
recording and interpretation of the acquired data. The job will be on call out
basis. Since BHP and BHT data is very vital for future planning, accuracy of
the data and analysis result is very important. Validity of Tool calibration
certificate must be up to date at the time of data acquisition and report
generation. This may need to be produced to OIL whenever called for.
f) Tracing of Packer ball
Prior to hydraulic packer setting, the packer ball is traced to ascertain
whether the ball is placed on the seat. Ball tracing tool is lowered with the
help of slick line in the well bore after dropping the ball and the packer ball
setting depth is established. Sometimes the ball is needed to be guided by the
slick line winch with suitable tool to reach its destination.
g) Setting and retrieval of Pack-Offs
The job involves running or pulling pack offs with a slick line. They are used
to straddle or pack off a hole or holes that are developed in tubing string,
thus permitting continuous production without necessitating pulling out
tubing.
h) Any other job not covered above
Any other job not spelt out above but involving the use of slick line unit and
other equipment (if any) shall have to be carried out by the Contractor as and
when necessary.
Page 3 of 13
2.2 GUIDELINES: Oil Mines regulation Act 1984 (modified in 2017) shall be the
basis for safety precaution to be adopted and OISD-185 guideline shall be
the recommended safe procedures & guidelines to be followed while carrying
out Slick line operation in the well.
3.0 AREA OF OPERATION:
3.1 The area of the operation as planned is in Assam & Arunachal Pradesh.
3.2 The following information is for general guidelines to the Contractor:
(a) Minimum width of the well site approach road: 3.5 m (approx.)
(b) Minimum Turning Radius: 16 m approx.
(c) Maximum overhead clearance: 4.5m
(d) Highest recorded wind velocity in Assam: 80km/hour (60 MPH).
(e) Max. Recorded ambient temp: 40° Celcius
(f) Min. recorded ambient temp: 7° Celcius.
(g) Weather Pattern: Frequent rains from March to September and
occasional during the remaining period.
(h) Nature of top soil: Usually Clay/Alluvium/Unconsolidated.
(i) Average annual rainfall: 250/300 cm.
(j) Humidity: Max. 98%.
4.0 Representative Well Data (Refer Attachment-C):
a) Casing size : 51/2” X 17 -23 ppf and 7” X 26-29 ppf
b) Tubing size : 2 7/8” OD EUE N80/J55 X 6.5 ppf or 2 7/8” OD VAM
and 31/2 “ OD EUE X 9.2ppf API tubing and 4½" OD VAM tubing.
c) Well depth: Varies from 500 m to 6000 m
d) Well Head : 2 9/16” Xmas tree X 5000 psi/ 10,000 psi
e) Flowing Tubing Pressure : 0 to 6000psi
f) Maximum Bottom Hole Temperature : 300 deg. F
g) Shut in Tubing Pressure : 10,000 psi (Maximum)
5.0 SCOPE OF WORK:
The work is defined and described by, but not necessarily limited to, any or
all of the followings. The Contractor shall –
a) Provide adequate equipment and personnel required to carry out slick line
operations in the well.
b) Provide Slick line services for Bottom hole tagging, Fish recovery, Paraffin
cutting, placement and retrieval of down hole tools, tracing packer ball,
Placing and retrieval of Pack offs etc. as described in 2.1 above.
c) Provide adequate Tools for Bottom hole pressure (BHP) and temperature
(BHT) survey, Pressure & Temperature gradient survey and interpretation of
the same on call out basis.
Page 4 of 13
d) Provide final report and all relevant data gathered at the end of each
operation both as soft and hard copies. A hand written basic report to be
handed over to OIL representative present at site immediately after the job.
Daily Progress Report (DPR) should be forwarded to OIL co-ordinator vide
electronic medium (such as e-mail, Whatsapp etc.) every day. Printed copy of
the DPR, duly certified by the job requisitioner shall be submitted to OIL co-
ordinator on fortnightly basis.
e) Arrange and store sufficient spares and consumables for the units along with
the operating & maintenance crew at all the time so that no interruption
occurs on account of non-availability of spares and manpower.
6.0 PRESENCE OF CO2 & H2S: Presence of CO2 in minor amounts is expected
in the wells. The wells are expected to be H2S free.
7.0 TECHNICAL SPECIFICATION OF EQUIPMENT TO BE OFFERED BY
BIDDER/CONTRACTOR: The Contractor shall mobilize all necessary
equipment, accessories, tools and spares for successful and uninterrupted
operation of the Slick Line. Bidders shall have to give an undertaking along
with the bid confirming to provide the all necessary equipment, accessories,
tools and spares as per the technical guideline [clause no. 9.0 Below] in the
event of award of contract. The necessary technical details & literatures of
the offered units and accessories are to be submitted by the bidder in
Techno-commercial bid.
8.0 The Bidder shall also have to furnish an undertaking confirming to meet on
the vintage of the main equipment(s) alongwith the technical bid as under:
“All the major equipment (i.e. Truck Mounted Slick Line Unit, Truck &
Crane) that will be utilized as part of the service in the event of award of
contract were not manufactured before 01.01.2014”.
For the offered equipment, the ownership of the equipment shall be in
the name of the Contractor or it can be leased. In case of leased
equipment, the original Memorandum of Understanding/Agreement of lease,
concluded with the owner, especially for this tender should be submitted as
part of technical bid. The above MOU/Agreement must be valid through the
validity of the bid. In case of leased equipment, the successful bidder shall be
required to keep the MOU/Agreement valid for the period of contract and any
extension thereof.
9.0 TECHNICAL GUIDELINES FOR SELECTION OF THE UNITS AND
ACCESSORIES TO BE PROVIDED BY SUCCESSFUL BIDDER :
(Each Unit shall comprise of the following)
A. TRUCK MOUNTED SLICK LINE UNIT:
Double drum Slick Line Winch with an in built crane (for rig up & rig down
and holding of lubricator assembly etc.), both winch and crane mounted on a
truck
OR
Double drum Slick Line Winch mounted on a truck with a separate crane (for
Page 5 of 13
rig up & rig down and holding of lubricator assembly etc.)
- And along with following accessories should meet the following minimum
requirement:
i) SPECIFICATIONS
Double drum hydraulic Slick-line winch with power pack complete with
0.108” OD (API-9A) X 25,000 ft slickline on one drum and 0.125” OD (API-9A)
X 25,000 ft slickline on the other drum. The detail specification of the unit is
as under –
ii) SPOOLING/MEASURING ASSEMBLY
Level wind (spooling) assembly/counter wheel/depth measuring
device shall be equipped
Type O-measuring meter with minimum 10-inch register wheel,
metric calibration.
Mechanical depth counters with cable and casing at operator’s
console, metric counters assembly.
Martin Decker or its equivalent weight indicator
Any other type of measuring device (viz. digital) provided shall be
additional to the Mechanical counter.
iii) OPERATOR CONSOLE
All controls & levers for gearshift, brake, hydraulic control, spool
steering, etc. as well as depth/weight indicator readout, engine
start/stop switches, gauges& meters of engine & hydraulic system,
etc. shall be fitted in the control console.
Large Safety Glass Shield in front of control console to have complete
view of the drum assembly, level wind/measuring device etc.
Suitable safety covering/guard in between operator’s footrest and
reel unit.
iv) LINE SPEED & PULL DESIRED
The unit shall be preferably of the following specification:
Max. 2700 FPM (820 M/MIN).
Max. 7400 Lbs. (3363 KG) - Adjustable by suitable hydraulic valve in
the hydraulic circuit.
v) POWER PACK ASSEMBLY
a) For Truck: Suitable diesel engine of adequate power (not less
than 90 HP at approx 2500 rpm) & meeting EURO-III/Bharat III
or equivalent emission norms. For deck Engine(if provided
separately): Suitable diesel engine of adequate power (not less
than 70 HP at 2200 rpm) & meeting EURO-III/Bharat III or
equivalent emission norms or better.
Page 6 of 13
b) The engine shall be complete with Tachometer & Hour meter in
addition to all standard gauges & meters, Filters, Spark
Arrester, etc., Emergency/Safety Engine Shutdown system.
vi) Dimension of the Unit
Overall Width (max) - Approx. 2.6 meter
Overall Height (max) - Within 4.5 meter
Overall Length (max) - Approx. 10.0 meter
Ground Clearance - Ground clearance shall be
minimum 25.00 cm. for operational convenience. The retro fitted
undercarriage components, if any, shall be mounted with sufficient
ground clearance to avoid hitting/fouling while moving on uneven
roads, enabling to move the outfit through uneven culvert and
undulating & underfoot conditioned roads in OIL fields.
vii) Weight of the unit: Within 30 MT
B. OTHER FITTINGS & ACCESSORIES
a) Slickline (0.108” x 25,000 ft piano slickline and 0.125” X 25,000 ft
slickline as per API-9A) - one of each reel fitted with the unit and one
additional reel of each shall be kept as spare.
b) Measure meter (Remote readout/Veeder counter assembly) in metric
unit for both the lines. - 2 nos.
c) Hay pulley assembly (for 0.108” and 0.125” slickline)-1 no.
d) Line wiper suitable for 0.108” and 0.125” wire – 2 nos.
e) Slickline Wire Clamp suitable for 0.108” and 0.125” wire – 2 nos.
f) Martin Decker weight indicator - 1 no. each per unit.
g) Hydraulic Stuffing Box with 16” Sheave adaptable to slickline wire
size 0.108” and 0.125” along with necessary hoses and hand pump –
2 nos. Rating –W.P 5K and 10 K (Standard) each
h) 3” ID Lubricator assembly for 10,000 psi (adaptable for 5000 psi) of
total length not less than 32 feet complete with Quick Union. (One
set with each unit --
1. LUB ASSY 3" ID x8FT - 2 non ported, 1 ported (1/2” NPT) = 24 ft
2. LUB ASSY 3” ID x 4 ft – 1 ported(1/2” NPT), 1 non ported = 8 ft
i) Wire line BOP of 3” ID, Dual ram hydraulic 10,000 psi WP, for 0.108”
and 0.125” wire, hand pump operated and adoptable to the 2 9/16”
X 5000 psi/ 10,000 psi Xmas tree and 3 1/8 “x 5000psi Xmas tree.
j) Different Cross-overs to adopt in different sizes of well heads. There
will be two types of well heads a) 2 9/16”: pressure rating 5 K or 10
Page 7 of 13
K, cap flange with 2 7/8” EUE inner thread and b) 3 1/8” : pressure
rating 5 K or 10 K, cap flange with 3 ½” EUE inner thread.
k) Quick Test Sub 3” ID - 1 nos. Rating-W.P 10 K (Standard)
l) Necessary Cross overs/Adaptor spool to connect Pressure control
equipment with Tree Top.
m) Suitable Tension measuring system associated with Slickline
Unit in addition to normal load cell (martin Decker/Combi
gauge) type along with required accessories – 02 nos.
n) Slickline Fishing Clamp or T Bar Clamp with suitable inserts of
0.108” and 0.125” wire - 2 (two) nos. with each unit.
o) Digital Weight, Speed, Impact recorder compatible with Slickline
unit – 2 nos.
p) Pneumatic Pressure test pump with compressor and necessary
equipments for pressure testing @ 10000 psi before carrying out any
slickline operation. - 01 (One) no. with each unit.
q) Note: The Contractor should keep handy all the above tools at
any time during the contract tenure to ensure un-interrupted
operation. Accordingly, inventory should be maintained suitably.
It may be noted that non-execution of any job due to absence of
any tool will attract penalty as per clause 15.4 of Section III of
the contract.
C. TRUCK:
The winch and the power pack may be mounted on a carrier truck or both
may be mounted on separate skids which are rigidly mounted on the truck
platform. Power required for driving the hydraulic winch may be taken from
the truck engine or it may be taken from a separate engine mounted on the
deck. The truck shall comply with latest Indian motor vehicle act. Truck shall
be suitable for operation in Indian oilfield terrains in Assam and Arunachal
Pradesh & it shall meet the climatic conditions mentioned in para 3.0 above.
D. CRANE:
The crane may be an inbuilt with the unit or it may be as a separate unit.
In case of inbuilt unit:
a) Rear mounted
b) Minimum Capacity: as per contractor’s requirement.
c) Suitable outriggers
In case of separate unit:
a) Truck Mounted crane
b) Minimum lifting capacity :5T
c) Suitable outriggers
Page 8 of 13
NOTE: All the offered equipment specified above (i.e. Truck Mounted Slick Line
Unit, Truck & Crane) shall not be manufactured before 01.01.2014. Necessary
documents certifying the above shall be provided to OIL’s engineer at the time of
inspection in the event of award of Contract.
E. I. DOWNHOLE TOOLS (Refer Attachment A):
SERVICE TOOLS (Refer Attachment B):
II. The Contractor has to use Quartz Electronic Memory Gauges for bottom
hole pressure & temperature measurement. The gauges should have
minimum following specifications-
OD of Gauge: 1.25 - 1.50 inch, preferably 1.25 inch.
Pressure Sensor: Quartz Sensor Transducer of Quartz dyne type.
Pressure Range: 0 – 16,000 Psi
Pressure accuracy: +/- 0.02% of Full Scale
Pressure resolution: 0.00006% of Full Scale
Temperature Sensor: Quartz Sensor Transducer of Quartz dyne type.
Temperature range: 20 to 150 deg C
Temperature resolution: 0.01 deg C
Temperature Accuracy: +/- 0.2 deg C
Memory: Non-Volatile Flash Memory
Memory capacity: 10,00,000 data points or more
Recording time: Variable
The Contractor should have all essential operating accessories like Interface &
Software with laptop, Handling Tool Kit, Tool Carrying Case, Battery pack, cross
over, Suitable extra weight (sinker bar), flexible coupler swivel (knuckle
joint), crossover etc.
The Contractor has to use calibrated EMG and has to provide up to date calibration
certificate to OIL at the time of inspection (and at any moment during the contract
period, whenever asked by OIL).
Note:
1. The Contractor while providing the above downhole tools shall bear in mind
the representative well data mentioned in Clause No. 4 and the slickline sizes
mentioned and the tools shall be suitable for the same.
2. The contractor shall keep adequate spares in addition to the above
mentioned quantity of tools to ensure uninterrupted operation in the event of
loss/damage of the tools. However, the company will not pay any standby
charges for those spares.
F. Provision for Portable Generator of capacity of 10.0 KW: The Contractor
shall keep one HSD/Petrol powered Portable Gen set each with the winches for any
emergent situation. At least 2 nos. of adequate powered lights shall also be kept
with the winch.
G. GENERAL NOTE:
Page 9 of 13
(i) Supply, storage, consumption of fuel & other consumables at the well sites as
well as at the camp site shall be the Contractor’s responsibility. Any shut
down of operation due to non-availability of above shall be on the
Contractor’s account and attract appropriate action under clause 15.4 of the
contract.
(ii) The Contractor shall also provide fuel for all of their vehicles and other
stationary engines.
(iii) All sorts of lubricants for day to day operation shall be supplied by the
Bidder. Also, various spares required for uninterrupted operation shall be
stocked/supplied by the Contractor.
10.0 General Statutory requirements for SAFETY NORMS:
a. All the moving/rotating parts like belts, couplings, drive lines etc., of the
equipment should be well guarded.
b. All tools and measuring devices should be calibrated regularly and test result
should be submitted to the concerned OIL official from time to time. The
calibration result records should be kept available all the times.
c. Proper color codes as per safety norms should be applied.
d. All the prime engines (Truck, Winch, Crane, Pick up /LMV etc.) deployed for
the service shall be fitted with suitable spark arrestors.
Note: Any other item/assembly not incorporated above and needed for
meeting the scope of work in the tender shall be provided by the Contractor.
11.0 TRANSPORTATION SERVICES
a) Transportation of Contractor’s personnel & their material from camp site to
well site and between work sites shall be the responsibility of the Contractor.
All vehicles deployed for this purpose should be in prime condition.
b) All requirements of crane(s), during rig up/rig down & inter-location
movements are to be provided by the Contractor.
12.0 FIRE FIGHTING AND SAFETY EQUIPMENT/SERVICES:
i) Safety: Contractor shall observe safety regulations in accordance with
acceptable oilfield practices and applicable Indian Laws. Contractor shall
take all measures reasonably necessary to provide safe working conditions
and shall exercise due care and caution in preventing fire, explosion and
blow out and maintain fire and well control equipment in sound condition
at all times. Contractor shall conduct such safety drills, BOP tests, etc. as
may be required by company at prescribed intervals.
ii) Contractor shall provide all necessary fire fighting and safety equipment as
per laid down practice as specified under OISD - STD- 185/ OISD – STD -
142 and OMR 1984 (modified in 2017)
First Aid Kit: An adequate and approved first aid kit shall be provided at
work site with all medicines as recommended by John Ambulance.
iii) First aid Fire fighting with portable fire extinguishers at well sites shall be
the responsibility of the Contractor. Necessary action shall be taken and
Page 10 of 13
prior arrangements to be made so that the deployed personnel are trained
in first aid and first aid fire fighting.
iv) Documentation, record keeping of all safety practices should be conducted
as per international/Indian applicable laws, act, regulations etc, as per
standard Oilfield practice and these records should be made available for
inspection at any point of time. The H.S.E (Hygiene Safety and
Environment) policy as well as emergency procedure manual should be
kept at site. Compliance of these shall be the sole responsibility of the
Contractor.
13.0 SECURITY SERVICES:
Contractor shall provide adequate security personnel to safe guard their
own Equipment’s, manpower & accessories at camp & work site.
14.0 CAMP AND OTHER ESTABLISHMENT:
Suitable camp facilities for Contractor’s personnel including catering
services shall be Bidder’s responsibility.
15.0 COMMUNICATION SYSTEM:
Suitable communication system like WLL/Cell phone shall be provided to
the key personnel by the Contractor.
16.0 PERSONNEL TO BE DEPLOYED
a. The Contractor will provide competent, qualified and adequately
experienced personnel for carrying out jobs as mentioned in scope of work
correctly and efficiently. Personnel provided by the Contractor must observe
all safety and statutory norms applicable to the Company. Their
performance must be to the satisfaction of the Company and the Contractor
must be willing and ready to replace, at their own expenses, any of their
personnel who are not found suitable by the Company.
b. Maintain a highly skilled technical staff to render the services and capable
of making the best use of the equipment so as to ensure the highest degree
of accuracy and reliability of the works/data gathered.
c. The Contractor shall submit CVs of the personnel to the COMPANY for
approval prior to the commencement of the Operations.
d. The Expatriate personnel of the Contractor shall possess a MHA (Ministry of
Home Affairs) clearance and the Contractor shall ensure that the MHA
clearance is obtained at his own responsibility and cost prior to any
expatriate personnel mobilized to the field.
e. Personnel provided by the Bidder must observe all safety and statutory
norms applicable to the Company.
Page 11 of 13
f. Personnel deployed by the Bidder shall be fluent in English/local language.
g. The team of specialist and other operators that is required for execution of
the contract would at least constitute of the following:
S
S
l
n
o
.
POSITION MINIMUM
EXPERIENCE
Minimum
NUMBER OF
PERSONNEL
1
1 Works Manager 05 Years
1 for each
contractor
2
2 Slick Line operator 03 Years 1 per package
3
3
Asst. Operator for
Equipment 03 Years 1 per package
4
4 Technician 03 years 1 per package
5
5 Crane operator 03 years 1 per package
6
6 Helper - 2 per package
h. The above list of personnel indicates the minimum requirement. The
Contractor will need to make provisions for additional manpower that may
be required for operation of the Contract of their own.
i. Out of the above list, Work Manger and Slick Line Operator shall be
considered as Key Personnel. The qualification and experience of the key
personnel shall meet the followings:
1. Work Manager: The Work manager shall be a degree holder (or equivalent)
and shall have experience of minimum 5 (Five) years in E&P business. He
should be fluent in English.
2. Slick Line Operator: The slick line operator shall have oilfield experience of
working as a Slick Line Operator for at least 3 years. The operator should
be capable of writing and speaking English. The operator should be
conversant with well control methods to take independent decisions in case
of well emergencies.
Note: In support of qualification and experience of the Key personnel, the bidder
shall have to submit an undertaking to provide the personnel with requisite
experience as per point g) above.
j. The Vehicle Operators and Crane operators shall have to possess necessary
driving license as per Motor Vehicle act. In the event of award of contract,
the contractor shall have to produce valid Indian driving licenses of the
Vehicle Operators and Crane operators.
k. Minimum age limit of working personnel shall not be less than 18 years.
Page 12 of 13
17.0 Job Program & Report Generation: The Contractor shall depute Work
Manager or his representative to report Production Oil department daily to get the
job instruction. The program for operation of each job shall be made in consultation
with both the parties prior to start of the job. After completion of the day’s work, the
Contractor shall furnish a report to the company. A format for reporting shall be
framed in discussion of both the parties after award of the contract.
18.0 COMPANY’S REQUISITES
a) Contractor shall, prior to mobilization, furnish to Company a list of all
personnel who are to perform the Services. The list shall show each person’s
qualifications, details of work history and previous employment with dates,
training courses attended, and copies of all pertinent certifications.
b) If the Contractor plans to change any personnel from the list, the
Contractor `shall notify Company in advance of the intended change and
give Company the above mentioned particulars of the new person.
c) Company reserves the right to reject any person on such list, and any
subsequent changes to the list.
A notice period of one week shall be given to mobilize the personnel.
NOTE: An undertaking from all the personnel as per Annexure-I shall be forwarded
after deployment of manpower prior to mobilization.
d) Medical Fitness:
The Contractor shall ensure that all of the Contractor Personnel shall have
had a full medical examination prior to commencement of the Slickline
Operation. A qualified and registered doctor shall conduct all such medical
examinations in accordance with accepted medical standards.
e) Training Courses:
The Contractor shall ensure that all of the Bidder Personnel performing
services hereunder shall have attended all safety and operational training
courses such as mines vocational training etc. required by applicable law
and as is generally consistent with international petroleum industry
practice and/or as otherwise required by the Company.
f) Personnel shall be well verged in firefighting, BOP control etc.
g) Work Manager shall be posted in Duliajan (Assam) and be available every
day for liaising with the company.
h) Contractor shall deploy other personnel which shall include drivers,
security men, (both at well site and camp site), services of unskilled labour.
i) On/off duty details of the service personnel should be indicated.
j) The Contractor shall be responsible for arranging relief of personnel during
vacation, statutory off days, sickness etc. entirely at their cost. However, the
relief personnel also must have the experience as indicated above.
Moreover, the Contractor will have to obtain prior approval from the
Company for the relief personnel of the Contractor.
k) Company reserves the right to instruct for removal of any Contractor’s
personnel who in the opinion of company is technically not competent or
not rendering the services faithfully, or due to other reasons. The
replacement of such personnel will also be fully at cost of the Contractor
Page 13 of 13
and the Contractor shall have to replace within Ten (10) days of such
instruction.
l) All charges for personnel are included in Day rates. No separate charges
shall be payable for the personnel deployed.
END OF SECTION – II
Unit of Measurement
Required for each unit
Total Quantity (in 5 units)
No. 2 10Set 2 10Set 1 5No. 2 10No. 2 10No. 2 10No. 2 10No. 2 10No. 2 10No. 2 10No. 2 10No. 2 10No. 2 10
Unit of Measurement
Required for each unit
Total Quantity (in 5 units)
No. 2 10Set 2 10Set 1 5No. 2 10No. 2 10No. 2 10No. 2 10No. 2 10
ix. Tubular jar (Stroke length-20 inches) No. 2 10x. Knuckle Jar No. 2 10
No. 2 10No. 2 10No. 2 10
2. In addition to the above, each of the units should be equiped with Electronic Memory Gauge for taking BHP & BHT measurement as detailed in clause 9 E-II of section II of the tender.
Attachment - A
xi. Hydraulic jarxii. Spring Jar
Note: 1. The Contractor should keep handy all the above tools at any time during the contract tenure to ensure un-interrupted operation. Accordingly, inventory should be maintained. It may be noted that non-execution of any job due to absence of any tool will attract penalty as per clause 15.4 of Section III of the contract.
x. Knuckle Jar
1-7/8” QLS tool string including but not limited to the following
List for Downhole Tools
v. Swivel joints
viii. Tubular jar (Stroke length-30 inches )
vi. 30” spang jar (Stroke length – 30 inches)vii. 20” spang jar (Stroke length – 20 inches)
ix. Tubular jar (Stroke length-20 inches)
iv. Knuckle joints
Components
i. Rope socketii. Set of 5 ft, 3 ft, and 2 ft stems iii. Set of 5ft, 3ft and 2 ft Roller Stems
viii. Tubular jar (Stroke length-30 inches )
xiii. Crossovers from 1-7/8” tool string to 1-1/2” tool string & QLS to SR thread connections
vii. 20” spang jar (Stroke length – 20 inches)
xi. Hydraulic jarxii. Spring Jar
1½" QLS tool string including but not limited to the following:
Components
i. Rope socket
xiii. Crossovers from 1-7/8” tool string to 1-1/2” tool string & QLS to SR thread connections
ii. Set of 5 ft, 3 ft, and 2 ft stems iii. Set of 5ft, 3ft and 2 ft Roller Stemsiv. Knuckle jointsv. Swivel jointsvi. 30” spang jar (Stroke length – 30 inches)
SL NO. Description / nameSize (inch) QTY (per unit)
Total Qty(for 5 units)
Total Qty(for 2 units)
Total Qty(for 3units)
1.5 2 10 4 62 1 5 2 31.5 1 5 2 32 1 5 2 32.5 1 5 2 31.5 2 10 4 61.75 2 10 4 62 2 10 4 62.065 2 10 4 62.125 2 10 4 62.187 2 10 4 62.219 2 10 4 62.25 2 10 4 62.375 2 10 4 62.5 2 10 4 62.75 2 10 4 61.75 2 10 4 62 2 10 4 62.125 2 10 4 62.25 2 10 4 62.3 2 10 4 62.5 2 10 4 6
5 Wire Scratcher (Steamsize)- suitable for 2 7/8" tubing 1.875 2 10 4 61 7/8 x 5ft 1 2 2 31 7/8 x 3ft 1 2 2 31 1/2 x 5ft 1 2 2 31 1/2 x 3ft 1 2 2 3
7 Flopetrol Cutter 1 1/2 1 2 2 3
Attachment B
6
List for Service Tools
Sample Bailer
Sand Bailer (BALL TYPE)
Gauge Cutter
1
2
3
Blind Box4
Go Devil
2 7/8 1 5 2 33.5 1 5 2 32 1 5 2 32.125 1 5 2 32.25 1 5 2 32.5 1 5 2 32 2 10 4 62.25 2 10 4 62 2 10 4 62.25 2 10 4 62.125 1 2 2 32.312 1 2 2 32 1 5 2 32.065 1 5 2 32.125 1 5 2 32.25 1 5 2 32.867 1 5 2 31.5 2 10 4 61.75 2 10 4 61.9 2 10 4 62 2 10 4 62.125 2 10 4 62.25 2 10 4 62 2 10 4 62.5 2 10 4 62 2 10 4 62.5 2 10 4 62 2 10 4 62.5 2 10 4 62 1 2 2 32.5 1 2 2 33 1 2 2 32.188 1 2 2 32.313 1 2 2 32.75 1 2 2 32.813 1 2 2 3
Shifting tools for OTIS make SSD- B Shifting tool19
B shifting tool20
18
Tubing Broach13
Lead Impression Block14
Universal Pulling Tool15
JDC-for 1 3/8" fish neck16
JUC-for 1 3/8" fish neck17
GS Pulling tool with GU Shear up adapter and X-running tool
Wire Grab (3Legged)10
Tubing Swage12
Wire Grab (2Legged)11
Anti Blow up Tool For Tubing size 2 7/8" & 3.5"8
Wire Finder9
2 7/8 1 2 2 33 1/2 1 2 2 31.5 1 5 2 32 1 5 2 32.125 1 5 2 32 7/8 1 5 2 33 1/2 1 5 2 31.75 1 5 2 32 1 5 2 32.5 1 5 2 3
25 Slickline Alligator for use in 2 7/8" & 3 1/2" tubing sizes 1 2 2 32 7/8 1 5 2 33 1/2 1 5 2 31.5 1 5 2 31 7/8 1 5 2 32 1 2 2 32.125 1 2 2 3
29OM series KOT with catcher up along with necessary accessories to complete gas lift jobs (1" and 1.5" side pocket gas lift valves / mandrel in tubing size 2 7/8 & 3 1/2)
1 2 2 3
1.5 2 10 4 62 2 10 4 62.25 2 10 4 62.625 2 10 4 61.5 2 10 4 62 2 10 4 62.25 2 10 4 62.625 2 10 4 6
32Wire line sniper with drop bar /weight bar for 2 7/8" and 3 1/2" tubing size
1 2 2 3
2” 1 2 2 32.125” 1 2 2 3
Releasable slick line overshot30
Bow Spring Centralizer (for Electonic Meory gauge for BHP & BHT jobs) for use in 2 7/8" & 3 1/2" tubing
26
Star Bit22
Tubing pack off Assembly (upper pack off lower pack off ) suitable for 2 7/8" and 3 1/2" Tubing
23
Center Spear24
Shock abserver for EMG job (to be used in 2 7/8" & 3 1/2" tubing)27
Heavy Duty fishing magnetic tool28
Tubing end Locator for 2 7/8" & 3 1/2" tubing21
Note: The Contractor should keep handy all the above tools at any time during the contract tenure to ensure un-interrupted operation. Accordingly, inventory should be maintained. It may be noted that non-execution of any job due to absence of any tool will attract penalty as per clause 15.4 of Section III of the contract.
Slickline Overshot31
33 Slickline chisel
Attachment -C
g) Shut in Tubing Pressure : 10,000 psi (Maximum)
Representative Well Data:
a) Casing size : 51/2” X 17 -23 ppf and 7” X 26-29 ppf
b) Tubing size: 2 7/8” OD EUE N80/J55 X 6.5 ppf or 2 7/8” OD VAM ; 31/2 “ OD EUE X 9.2ppf API tubing and 4½" OD VAM tubing.c) Well depth: Varies from 500 m to 6000 md) Well Head : 2 9/16” Xmas tree X 5000 psi/ 10,000 psie) Flowing Tubing Pressure : 0 to 6000psif) Maximum Bottom Hole Temperature : 300 deg. F
Name of the Bidder
Currency of Quote
QUOTED GST RATE IN
Percentage
Select From Drop Down
List
A B C= A x B D E= C + (%age of D on C)
1 Mobilization charge for equipment and Personnel (One time) for 01 (One) unit. Lump Sum 1 0.00 0.00
2 Daily Rental Charge for Equipment per unit Day 1461 0.00 0.00
3 Personnel Day Rate Charge per unit Day 1461 0.00 0.00
4 Operating Day Rate Charge per unit Day 1413 0.00 0.00
5 Demobilization Charge for equipment and Personnel (One time) for 01 (One) unit Lump Sum 1 0.00 0.00
6
Additional Operating Charge (beyond item No.4) for the service complete with all tools
for Down hole Pressure & Temperature data acquisition and interpretation job on call
basis
Job 122 0.00 0.00
TOTAL(T) for 01
unit (Excluding
GST)
0.00TOTAL(T) for 01 unit
(Including GST)0.00
TOTAL(T) for nos.
of units offered
(Excluding GST)
0.00
TOTAL(T) for nos. of
units offered (Including
GST)
0.00
1
2
3
4
Quantity
Bidders to categorically note & confirm that they shall not be allowed to change the number of Slickline Service packages offered by them after the technical bid opening date, under any circumstances.
Bidders to categorically mention the no. of units offered and the currency quoted.
Award of contract for providing services for the total requirement of 05 (Five) Nos. of Slickline Service packages would be split if techno-commercially qualified L-1 bidder [subjected to purchase preference Clause No. 5 on MSME or PPLC] quotes for only
03 (Three) nos. of Slickline Service packages.
In case L1 bidder [subjected to purchase preference Clause No. 5 on MSME or PPLC] quotes for 03 (Three) no of Slickline Service packages then L2 bidder [subjected to purchase preference Clause No. 5 on MSME or PPLC] would be awarded for the balance
02 (Two) nos. of Slickline Service packages subjected to matching of L-1 rate. In case L-2 bidder does not accept the same offer would be made to L3, L4 bidders etc. and so on.
Proforma - B (Revised) SCHEDULE OF RATES
Amount
(Rate x Qty)SAC/HSN Code
TOTAL (A)
including GST rateSl. No
TENDER NO:
TENDER DESCRIPTION :
Description of Job/ Item Unit
Hiring the services of 05 nos. of Slickline Service Package for operations in
OILs operational area in Assam & Arunachal Pradesh with a provision for
framework agreement for a period of 04 (Four) years.
CDG0377P19
Rate
(Per Unit)
No. of Slickline Service Packages offered by the bidder
NOTES
Bidders shall bid only as per any one of the undernoted conditions:
a. 03 (Three) nos. of Slickline Service packages.
or
b. 05 (Five) nos. of Slickline Service packages.
Note: Bidders offering 01 (One), 02 (Two) nos. of Slickline Service packages in their offer will be straightway rejected. Bidders offering 04 (Four) nos. of Slickline Service packages will be considered under 03 (Three) nos. packages.
5
6
7
8
9
10
11
12
13
14
Price Bids shall be evaluated on overall lowest cost to OIL (L-1 offer) basis i.e. considering total quoted price for all services including GST(CGST & SGST/UTGST or IGST).
OIL will prefer to deal with registered bidder under GST. Therefore, bidders are requested to get themselves registered under GST, if not registered yet. However, in case any unregistered bidder is submitting their bid, their prices will be loaded with applicable
GST while evaluation of bid. Where OIL is entitled for input credit of GST, the same will be considered for evaluation of bid as per evaluation methodology of tender document.
Price Bid without giving any of the details of the taxes [GST] (Including rates and amounts) will be considered as inclusive of all taxes including GST. When a bidder mentions taxes as extra without specifying the rates & amount, the offer will be loaded with
maximum value towards taxes received against the tender for comparison purposes. If the bidder emerges as lowest bidder after such loading, in the event of contract/order on that bidder, taxes mentioned by OIL on the Purchase Order/ Contracts will be
binding on the bidder.
0 (Zero) % Input Tax Credit on GST (Goods & Service Tax) is available to OIL & the same shall be considered for the Purpose of evaluation.
Bidder should also mention the Harmonised System of Nomenclature (HSN) and Service Accounting Codes (SAC) at the designated place in SOR.
Demobilization shall be completed by Contractor within 60 days of expiry/termination of the contract. Contractor will ensure that demobilization is completed within the aforesaid period. No charge whatsoever will be payable from the date of notice to demobilize.
Bidder to categorically mention the currency of the quote.
In the event of the Contractor quoting Mobilization charge above 7.5 % of the total contract value, only 7.5% of the contract value will be paid after successful completion of the mobilization and the remaining amount will be paid after successful completion
of the contract.
Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole works as described in Bidding Documents, based on the rates and prices submitted by the Bidder and accepted by the Employer. The price/rate(s) quoted by the Bidders
will be inclusive of all taxes except GST(i.e. IGST or CGST and SGST/UTGST applicable in case of interstate supply or intra state supply respectively and Cess on GST , if applicable) on the final services. However, GST rate (including cess) to be provided in
the respective places in the Price Bid.
Procurement of Specific Goods: Earlier, there is no tax incidence in case of import of specified goods (i.e. the goods covered under List-34 of Customs Notification no. 12/2012-Cus dated. 17.03.2012 as amended). Customs duty is not payable as per the policy.
However, under GST regime, IGST Plus GST compensation cess (if applicable) would be liveable on such imports. Bidders should quote GST as inclusive considering IGST component for the imported Materials portion while quoting their prices on
destination basis. However, GST rate to be specified in the price bid format.